|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 12,1997 PSA#1991U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS CENTER, P. O. BOX
2250, WINCHESTER VA 22604-1450 Y -- FY98 MCAF PROGRAM, STATE OF QATAR SOL DACA78-98-R-0001 DUE 011098
POC Contract Specialist Deborah McFarland (540) 665-3678 (Site Code
DACA78) This announcement is for the purpose of soliciting names of
United States construction firms, joint ventures between U.S.
construction firms and Host Nation (Qatari) construction firms, or Host
Nation (Qatari) construction firms interested in submitting an offer on
the following project. To be considered a U.S. construction firm, the
firm must: perform construction as a significant portion of its
business, be incorporated in the U.S., have its corporate headquarters
in the United States, have filed corporate and employment tax returns
in the United States for a minimum of two (2) years, has filed State
and Federal income tax returns for two (2) years, and has paid any
taxes due as a result of these filings, and employs U.S. citizens in
key management positions. To be considered a Host Nation construction
firm, the firm must perform construction as a significant portion of
its business and must have its corporate headquarters in Qatar.
Performance guarantees will be required. Project magnitude is between
$500,000.00 and $1,000,000.00. PROJECT SCOPE: Project includes the
building of one (1) Communications Maintenance/Management Facility,
supporting roads, site work, and utilities. Construction will be
pre-engineered metal building with a CMU skirt and stucco exterior. The
facility will include heating, ventilation, and air conditioning,
automatic fire suppression, multiple electrical systems with varying
voltage and frequencies, a compressed air system, restrooms,
administrative spaces, and shop spaces. ADDITIONAL REQUIREMENTS: All
firms applying shall be licensed to do business in the State of Qatar
or demonstrate the ability to be licensed prior to contract award and
will comply with the Host Nation laws and regulations. Host Nation will
approve list of responding contractors. PLANS AND SPECIFICATIONS: The
plans and specifications will be available to firms meeting the
qualifications of this announcement. Two copies of plans and
specifications will be provided free of charge to the qualifying firms.
Additional copies may be purchased at cost. Suppliers and material
vendors are required to purchase the plans and specifications. CONTRACT
PROCEDURES: A technical and a price proposal will be required. At a
minimum, proposals will be evaluated in the following areas: (1)
Reasonableness of Price, (2) Technical competence in related
experience, (3) Past performance, (4) Management capability, to include
understanding of the scope of the project and evidence of adequate
resources to handle work placement in an expeditious manner. The
contract will be awarded on a firm-fixed price basis only. Tentative
date for issuance of RFP DACA78-98- R-0001 is 15 January 1998.
Tentative date for receipt of proposals is 15 February 1998. Tentative
construction period is 12 months. NOTE: Firms interested in receiving
this solicitation should send a written request to either the address
listed above, or fax a copy to (540) 665-4033, ATTN: Deborah
McFarland. The request should state the name of the company, mailing
and shipping addresses of the firm, telephone and fax numbers, point of
contact, and should reference the solicitation number. In accordance
with the FY98 MILCON Appropriations Act, a 20% preference will be given
to U.S. firms over any foreign firm offer exceeding $1,000,000.00.
(0344) Loren Data Corp. http://www.ld.com (SYN# 0087 19971212\Y-0001.SOL)
Y - Construction of Structures and Facilities Index Page
|
|